JSC "PUBLIC PRIVATE PARTNERSHIP CENTER OF EAST KAZAKHSTAN REGION" has floated a tender for Contract notice: EBRD - East Kazakhstan Municipal Street Lighting. The project location is Kazakhstan and the tender is closing on 25 Feb 2019. The tender notice number is 013307-2019, while the TOT Ref Number is 29773055. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Kazakhstan

Summary : Contract notice: EBRD - East Kazakhstan Municipal Street Lighting

Deadline : 25 Feb 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 29773055

Document Ref. No. : 013307-2019

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : JSC "PUBLIC PRIVATE PARTNERSHIP CENTER OF EAST KAZAKHSTAN REGION"
Office Name: JSC "Public Private Partnership Center of East Kazakhstan Region"

Town: Oskemen


Attention: Mr Yuriy Khalitov, Chief Expert of the Investment Projects Department
Phone: +7 (723) 226 4332
Kazakhstan
Email :ppp.invest@mail.ru

Tender Details

Object of the contract
EBRD - East Kazakhstan Municipal Street Lighting

Description: Contract notice: EBRD - East Kazakhstan Municipal Street Lighting

Authority Type: Utilities entity
Contact Nature: Works
Procedure: Open procedure
Document: Contract notice
Regulation: European Investment Bank, European Investment Fund, European Bank for Reconstruction and Development
Award criteria: Not specified
CPV code: 34928500,
CPV Description: Street-lighting equipment.

Procurement reference: 9315-IFT-48200.

Project name: East Kazakhstan Municipal Street Lighting.

Country: Republic of Kazakhstan.

Business sector: Municipal and environmental infrastructure.

Project ID: 48200.

Funding source: EBRD.

Type of contract: Project goods, works and services.

Type of notice: Invitation for Tenders.

Issue date: 4.1.2019.

Closing date: 25.2.2019, 11:00 (local time).

This Invitation for Tenders follows the General Procurement Notice for this project which was published on the EBRD website, Procurement Notices (www.ebrd.com) on 14.7.2017 and updated on 2.12.2018..

JSC "Public Private Partnership Center of East Kazakhstan Region", hereinafter referred to as "the Employer", has received a loan from the European Bank for Reconstruction and Development (the Bank) towards the cost of East Kazakhstan Municipal Street Lighting Project..

The employer now invites sealed tenders from eligible contractors for the following contract to be funded from part of the proceeds of the loan:.

Package #EKMSL01, Design, Supply, Install, Operate and Maintain (DSIO&M) of Street lighting system, 18 months for DSI stage and 10 years for O&M stage:.

Lot 1: DSIO&M of Street lighting system for Oskemen;.

Lot 12: DSIO&M of Street lighting system for Semey..

Tenders are being invited for one lot or both lots. Prices for each lot shall be indicated separately. Tenderers offering to supply both lots may offer discounts for an award of contract for both lots, and such discounts shall be considered in the evaluation of tenders..

Tendering for contracts to be financed with the proceeds of a loan from the EBRD is open to firms from all countries. The proceeds of the EBRD's loan will not be used for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations or by the legislation of the Employer's country..

To be qualified for the award of a contract, Tenderers making proposals for one lot or both lots shall meet the following minimum criteria:.

(a) tenderers shall meet the eligibility requirements: no conflicts of interests, not having been declared ineligible by the Bank, compliance with requirements of tender documents for government owned entity if a tenderer is owned by the government, not having been excluded as a result of the Employer's country laws or by an act of compliance with UN Security Council resolution;.

(b) In case of a tenderer offering to supply goods under the contract which the tenderer does not manufacture, the tenderer has been duly authorised by the goods' manufacturer to supply the goods to the employer's country in accordance with the requirements of the tender documents;.

(c) non-performance of a contract did not occur within the last 3 (three) years, based on all information on fully settled disputes or litigation. All pending litigation shall in total not represent more than 20 % (twenty percent) of the tenderer's net worth and shall be treated as resolved against the tenderer;.

(d) tenderer shall submit audited balance sheets or other financial statements acceptable to the employer, for the last 3 (three) years to demonstrate the current soundness of the tenderer's financial position, showing long-term profitability;.

(e) tenderer shall have minimum average annual turnover of: Lot 1: KZT 7.4 bil., Lot 2: KZT 4.6 bil. or equivalent, calculated as total certified payments received for contracts in progress or completed, within the last 3 (three) years. In case the tender is submitted for both lots the required average annual turnovers will be summarized;.

(f) tenderer shall demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet production cash flow for the contract estimated as not less than 80 per cent of the planned contract amount (Design, Supply, Install contract price), taking into account the tenderer's commitments for other contracts;.

(g) tenderer must have over the past 5 years a successful experience as a contractor in the execution of DSIO&M contracts for Street lighting system in compliance with high environmental and social standards in at least three different cities with a total number of lamps of not less than 45 000 pieces;.

(h) the tenderer should confirm that it will have licences (permissions) in accordance with local legislation for the corresponding activities before contract signing;.

(i) the tenderer shall provide suitably qualified personnel for the contract execution..

Interested tenderers may obtain further information and a complete set of tender documents in English and Russian languages upon the submission of a written request to the address below and upon payment of a non-refundable fee of 120 000 (one hundred twenty thousand) KZT, including VAT, or equivalent in EUR by exchange rate of National Bank of Kazakhstan on the date of payment..

Payment of a nonrefundable fee in KZT are to be made by bank transfer to:.

Beneficiary: JSC "Public Private Partnership Center of East Kazakhstan Region".

Beneficiary's Bank and address: JSC Halyk Bank, 40 Al-Farabi ave., ?26M3K5, Almaty, Kazakhstan.

SWIFT: HSBKKZKX.

Acc.No.: KZ046010151000142948.

Payment of a nonrefundable fee in EUR are to be made by bank transfer to: Beneficiary:.

JSC "Public Private Partnership Center of East Kazakhstan Region".

Beneficiary's Bank and address: JSC Halyk Bank, 40 Al-Farabi ave., ?26M3K5, Almaty, Kazakhstan.

SWIFT: HSBKKZKX.

Acc.No.: KZ406010151000085264.

Bank correspondent and address: COMMERZBANK AG, Frankfurt-am-Main 1, Germany.

SWIFT: COBADEFF.

Corr. Acc.No. 400886460501.

Upon written request and confirmation of nonrefundable fee payment, the tender documents may be collected from the office at the address given below or the documents will be promptly dispatched by courier or by e-mail to the address, indicated in the written request, but no liability can be accepted for loss or late delivery..

To ensure that all tenders conform to the same acceptable technical standard and meet the minimum operating and performance requirements required by the Employer, a 2-stage tendering procedure will be adopted and will proceed as follows:.

(a) the first stage tender will consist of a technical proposal only, without any reference to prices, and a list of any deviations to the technical and commercial conditions set forth in the tender documents; or any alternative technical solutions a tenderer wishes to offer, and a justification thereof, provided always that such deviations or alternative solutions do not change the basic objectives of the project. Following evaluation by the Employer of the First Stage tenders, the Employer, if considered appropriate or necessary, will invite each tenderer who meets the qualification criteria and who has submitted a technically responsive tender to a clarification meeting. The proposals of all such tenderers will be reviewed at the meeting and all required amendments, additions, deletions and other adjustments will be noted and recorded in a Memorandum. Only qualified tenderers submitting a technically responsive and acceptable First Stage tender will be invited to submit a second stage tender;.

(b) the second stage tender will consist of an updated technical tender incorporating all changes required by the employer as recorded in the memorandum to the clarification meeting or as necessary to reflect any amendments to the tender documents issued subsequent to submission of the first stage tender and the commercial tender..

First Stage tenders must be delivered to the address below on or before 11:00 (local time) on 25.2.2019 at which time they will be opened in the presence of the tenderers' representatives who wish to attend..

All second stage tenders must be accompanied by a tender security: .

Lot 1: 104 000 000 KZT (one hundred four million);.

Lot 2: 55 000 000 KZT (fifty five million) or its equivalent in a convertible currency and must be delivered to the address below on or before the time and date of the submission deadline specified in the letter of invitation to submit second stage tenders, at which time they will be opened in the presence of the tenderers' representatives who wish to attend. In case the tender is submitted for both lots the amounts of Tender Securities should be summarized..

A register of potential tenderers who have purchased the tender documents may be inspected at the address below..

Prospective tenderers may obtain further information from, and inspect and acquire the tender documents at the following address:.

.


Internet address (URL):

Documents

 Tender Notice